Loading...
HomeMy WebLinkAboutLights N More Installations, LLC. - Piggyback Rider for Emergency Lights and Accessories 2024 12 05PIGGYBACK RIDER FOR EMERGENCY LIGHTS AND ACCESSORIES LIGHTS N MORE INSTALLATIONS, LLC. THIS "PIGGYBACI{" RIDER AGREEMENT FOR EMERGENCY LIGHTS AND ACCESSORIES ("Agreement") is made and entered into this '5� day of �N)C..Ce>()jb>L (— , 2024, by and between the CITY OF WINTER SPRINGS, a Florida municipal corporation whose address is 1126 E. State Road 434, Winter Springs, Florida 32708 ("City"), and LIGHTS N MORE INSTALLATIONS, LLC, a Florida limited liability company authorized to transact business in the state, whose address is 958 Josiane Court, Altamonte Springs, Florida 32707 ("Contractor"). The City and Contractor agree as follows: 1. The Purchasing Policies of the City of Winter Springs allow for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to "piggyback" an existing government contract, without the need to obtain formal or informal quotations, proposals, or bids. The parties agree that the Contractor has entered into a contract with the City of Sanford, Florida, (the "Original Government Agency") said contract being identified as Al!re.ement Between the City of Sanford, Florida and Lights N More Installations, LLC - IRFQ 21-22-317 — Emergency JLyhts and Accessories, between the City Of Sanford, Florida, and Lights N More Installation, LLC., dated October 04, 2022 (said original contract being referred to as the "Original Government Contract"), 2. The Original Government Contract, including all associated Contract Docutncnts, Exhibits, Attachments, and Addenda thereto, as defined in the Original Government Contract, is incorporated herein by reference and is attached as Exhibit "A" to this Agreement. All terms and conditions set forth in the Original Government Contract (Exhibit "A") are fully binding on the parties, and said terms and conditions are incorporated herein except to the extent expressly modified herein. 3. Notwithstanding the requirements that the Original Government Contract are filly binding on the parties, the parties have agreed to modify certain provisions of the aforementioned Contract Documents as applied to this Agreement between the Contractor and the City of Winter Springs, as follows: a. Notwithstanding anything in Exhibit "A" to the contrary, the following terms shall be substituted throughout the Original Gove�7�ment Contract. "City of Sanford" shall be substituted by "City of Winter Springs." All references to the "City" shall refer to the "City of Winter Springs." b. The term of this Agreement with the City of Winter Springs shall take effect on the date of execution by the City and Contractor ("Effective Date") and shall continue for the duration of the Original Government Contract or until all outstanding Purchase, Release, or Task Orders issued prior to the expiration of this Agreement have been either completed or terminated. Piggyback Ridcr City of Winter Springs and Lights N More Installations, LLC. Pagc I of 6 c, The pricing undo► the Original Government Contract shall remain firm throughout the duration of this Agreement. Price increases agreed to by the Original Government Agency after the Effective Date of this Agreement shall not be binding upon the City of Winter Springs unless an Amendment to this Agreement is properly executed by an authorized representative of the City of Winter Springs, d. Order of Precedence. The Original Govet7tment Contract shall be amended to provide that the Contract Documents shall consist of, (1) this Rider; (2) the Original Government Contract, together with all exhibits, attachments, and duly executed amendments; and (3) any and all Specifications, Amendments, Task Orders, Change Orders, and Field Orders issued after the Effective Date of this Agreement by the City of Winter Springs. The order of precedence will be as Follows in the event of a conflict among the Contract Documents: properly executed Change Orders, Field Orders, and Amendments issued after the Effective Date of this Agreement; this Rider; the Original Government Contract. e. Insurance. The City shall be named an additional insured under the Contractor's commercial general liability, umbrella liability, and business auto policies. Certificate Holder address shall read: City of Winter Springs Attn: Finance Department 1.126 Fast State Road 434 Winter Springs, FL 32708 The remainder of the insurance requirements presented in Exhibit "A." f. Public Records. Section 7(D) of Exhibit "A" is amended to provide as follows. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO ITS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: City Clerlc, City of Winter Springs, 1126 East State Road 434, Winter Springs, FL 32708 or City-Clerk- epartment@winterspringsfl.org or (407) 327-6560. Section 7(D) is further amended to provide as follows. Piggyback Rider City of Winter Springs and Lights XINAore Installations, LLC. Page 2 of 6 If Corllr'aCLor fails to comply with this Section, and the City must enforce this Section, or the City suffers a third party award of attorney's fees and/or damages for violating Chapter 119, Florida Statutes, due to Contractor's failure to comply with this Section, the City shall collect from Contractor prevailing party attorney's fees and costs, and any damages incurred by the City, for enforcing this Section against Contractor. And, if applicable, the City shall also be entitled to reimbursement of all attorneys' fees and damages which the City had to pay a third party because of the Contractor's failure to comply with this Article. The remainder of the Section shall be unchanged. g. Project Price. The amount set forth in any individual Purchase Order/Release Order entered into under this Agreement shall not exceed fifty thousand dollars ($50,000) without the prior authorization of the Winter Springs City Commission. The remainder of the Original Government Contract's price terms shall remain unchanged. h. Section 6 of the Original Government Contract shall be stricken in its entirety and replaced with the following: The parties shall be bound by the purchasing policies and procedures of the City of Winter Springs as well as the controlling provisions of all applicable local, state, and federal laws. Purchase/work/task orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. i. Section 9 of the Original Government Contract shall be modified as follows: References to the City of Sall 3 "Standard Contractual Terms and Corndltlons," shall be stricken. The City of Winter Springs shall not, Linder this Agreement, be bound by the City of Sanford's Standard Contractual Terms and Conditions. j. Miscellaneous. The following provisions are hereby added to or modified from the Original Government Contract. To the extent the terms and conditions below may conflict with terms and conditions contained in Exhibit "A" the terms and conditions as set forth below shall control. i. Notices to the City shall be delivered to: City Manager City of Winter Springs, Florida 1126 East State Road 434 Winter Springs, FL 32708 Piggyback Rider City of Winter Springs and Lights N Ivtore Installations, LLC. Page 3 of 6 Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. ii. The City intends to avail itself of the benefits of Section 768.28, Florida Statutes and any other statutes and common law governing sovereign immunity to the fullest extent possible. Neither this provision nor any other provision of this Agreement shall be construed as a waiver of the City's right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the City's potential liability under state or federal law. Contractor agrees that City shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, City shall not be liable for any claim or judgment, or portion thereof, to any one person for over two hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or occurrence, exceeds three hundred thousand dollars ($300,000,00). Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. This paragraph shall survive termination of this Agreement. iii. Should either party bring an action to enforce any of the terms of this Agreement, each party shall bear its own costs and expenses of such action including, but not limited to, reasonable attorney's fees, whether at settlement, trial or on appeal. iv. The parties agree that should any dispute arise beriveen them regarding the terms or performance of this Agreement, both parties will participate in mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. v. Any delay or faihme of either party in the performance of its required obligations hereunder shall be excused if and to the extent caused by acts of God, fire, flood, windstorm, explosion, riot, war, sabotage, strike (except involving Contractor's labor force), extraordinary breakdown of or damage to City's facilities, court injunction or order, federal and/or state law and/or regulation, or order by any other regulatory agency, provided that the prompt notice of such delay is given by such party to the other and each of the parties hereto shall be diligent in attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect for sixty (60) days or longer, either party may terminate this Agreement. Monetary damages will not be awarded to Contractor in the event of Force Majeure. Piggyback order City of winter Springs and Lights N t�iore Installations, LLC. Page 4 of 6 vi. The Contractor shall seek prior written approval from the City for any necessary lane closure requests before closing, blocking, or barricading any lanes of traffic on roadways within the City. vii. In addition to any indemnity obligation required in A Government Contract and for purposes of Contractor's indemnification obligation only, Contractor shall indemnify the City for claims made by the employees of Contractor against the City, and Contractor hereby waives its entitlement, if any, to immunity under Section 440.11, Florida Statues. This waiver has been specifically and mutually negotiated by the parties. viii. Delivery shall be made to the Winter Springs Police Department, located at 300 N. Moss Road, Winter Springs, Florida 32708, between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday, Contractor shall coordinate the delivery of all products and services in a timely manner. IN WITNESS WHEREOF, authorized representatives of the CITY and the CONTRACTOR have executed this Piggyback Rider to the Original Government Contract on the date below noted. CITY: Brian Dunigan, Interim City Manager r Date: � � �� .) •� U � `� ATTEST: a0000 01r:5 Christian Gowan, City Clerk LIGHTS N MORE INSTALLATIONS, LLC. Print Name: Print Title: Piggyback Rider City of Winter Springs and Lights N More Installations, LLC. Page 5 of 6 ENI-IIDII A ORIGINAL GOVERNMENT CONTRACT Piggyback Rider Cily of Winter Springs and Lights N More Installations, LLC. Pagc 6 of G